Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOLICITATION NOTICE

41 -- Purchase and Installation of Air Conditioning Equipment, Network Operations Center, National Marine Fisheries Service, St. Petersburg, FL

Notice Date
8/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133F-08-RQ-0858
 
Response Due
8/21/2008 3:00:00 PM
 
Point of Contact
Charlene A. Yaple,, Phone: 816-426-7531
 
E-Mail Address
charlene.a.yaple@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division. The requirements are to purchase and install a new 5-ton split-system AC system in accordance with the requirements in statement of work for NOAA, National Marine Fisheries Service, Network Operations Center (NOC), St. Petersburg, FL. This notice constitutes the only Request for Quote (RFQ). Written offers are being requested. A hardcopy written RFQ will not be issued. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all firms must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Contractors should submit their Certification and Representations through the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the Federal Government. Contractors are required to go on-line at www.bpn.gov to complete its representations and certifications. This notice is hereby issued as RFP No. WC133F-08-RQ-0858. This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)-26 (June 2008). CLAUSES AND PROVISIONS The FAR and CAR clauses incorporated into this acquisition are: 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-3 Offeror Representations and Certifications Commercial items (MAY 2008) 52.212-3 Evaluation -Commercial Items (Jan 1999) 52.212-4 Contract Terms and Conditions (Feb 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008), Section (b) (5i), (15), (16), (17), (18), (19), (21), (24), (31), (36); Section (c) (1), (2) Heating, Refrigeration and Air-Conditioning Mechanic, WG-10. Wage Determination WD-05-2125 (Rev-7) is available at www.wdol.gov 1352.233-70 Harmless from Liability (MAR 2000) 1352.201-70 Contracting Officer's Authority (MAR 2000) 1352.252-70 Regulatory Notice (MAR 2000) 52.247-34 F.O.B. Destination (NOV 1991) 52.228-5 Insurance (Jan 1997) 1352.228-70, Insurance Coverage (MAR 2000) 1352.228-72, Deductibles under Required Insurance Coverage (MAR 2000) FAR clauses and provisions are available on the internet website: http://www.arnet.gov/far. 1352.246-70 Inspection and Acceptance (Mar 2000) will be performed at site stated in the statement of work. CAR clauses and provisions are available on the internet website: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. PRICE/QUOTE: This is an order for commercial services. The line item will be quoted as a firm fixed price inclusive of all costs and in accordance with the terms and conditions and specifications specified herein including standard commercial warranty for all work and parts. LINE ITEM 0001: Provide all necessary labor, parts and materials to install air conditioning equipment in accordance with the following statement of work. tiny_mce_marker ______________ Quantity (One) National Oceanic and Atmospheric Administration (NOAA) Fisheries Service Southeast Regional Office Statement of Work Network Operations Center (NOC) Air Conditioning System Purchase and Installation 1. Introduction This Statement of Work (SOW) is for the purchase and installation of a supplementary air conditioning system in the Network Operations Center (NOC) in the Southeast Regional Office (SERO) building of the NOAA Fisheries Service located at 263 13th Avenue South, Saint Petersburg, Florida 33701. This new system will be used to increase the air cooling capacity within the room as a supplement to existing air conditioning systems. 2. Problem Statement The Network Operations Center (NOC) houses the network and computer servers used by the Southeast Regional Office. The NOC is currently cooled by two ceiling-mounted self-contained package system air conditioning (AC) units. The units are mounted above a drop ceiling in the NOC, and the heat from the units is dissipated with cool air that flows into the area above the drop ceiling from the main building AC. Although the total cooling capacity would probably be sufficient for the room, the current method of heat exchange (i.e., using the main building AC to cool the heat generated from the ceiling units) is inefficient. This method does not appear to provide adequate cooling of the exhaust heat due to the confined space within which the AC units are located, so the units are not able to adequately cool the room. Due to this problem, the SERO wants to add a split-system precision air conditioning system into the room. The total cooling capacity of the new system should be 5 tons. Heating capability is not required. The air handler/evaporator will be installed above the drop ceiling in the NOC, in a suitable location to be determined in consultation between the contractor and the SERO project manager. The outdoor condensing unit will be located on the roof of the building. Note that the NOC is located in the middle of the second floor of the three-story building. The contractor will be responsible for determining the appropriate positioning for all equipment and the routing of all piping and wiring. The contractor will be responsible for installing all piping necessary between the indoor and outdoor portions of the system. The contractor will also be responsible for any and all roof sealing or repair associated with installing the system. Note that the SERO office building is a leased facility, so the contractor will need to coordinate all work with the building management company. The details of all work outside of the NOC itself will be reviewed and approved in advance by the management company before the work can proceed. All completed work will be reviewed and approved by both the management company and the SERO project manager before the project will be accepted. Bidders for this project must fully evaluate all information specified in this SOW and confirm to their satisfaction that the new AC system will function and perform as specified once installed. If bidders believe that any specifications are incorrect and that the system will not function or perform properly according to the specifications provided, these problems should be identified and submitted as questions during the Request For Quote (RFQ) solicitation process. Bidders should also submit questions during the solicitation process if they believe any designs are incomplete. The contractor for this RFQ will be fully and solely responsible for the proper functioning and performance of the AC system. 3. Task Elements 3.1. Provide and install a new 5-ton split-system AC system The new AC system is intended to cool computer equipment, and the contractor must therefore provide and install a system designed as a precision air conditioning system, not a comfort AC system. The system must also be designed and installed to detect smoke/fire, and to shut down automatically once smoke/fire is detected. Bidders must submit along with their bid the specifications of the system they propose to install. These specifications will be reviewed during the bid evaluation process to ensure that the bidder is proposing an appropriate system for the stated application. The contractor must provide and install all needed equipment and materials as outlined below. 3.1.1. Installation of the inside air handler/evaporator unit 3.1.1.1. The inside unit must be installed above the drop ceiling in the Network Operations Center (NOC), in a location to be to be determined in consultation between the contractor and the SERO project manager. 3.1.1.2. The installation process must be done in a way which will not damage any of the surrounding network or computer equipment housed in the NOC. 3.1.1.3. Ductwork and air diffusers must be positioned and installed as necessary to route cool air to the areas of the room where the most heat is generated. 3.1.2. Installation of the outside condensing unit 3.1.2.1. The outside condensing unit must be installed on the roof of the building in a location and in a manner acceptable to the building management company. The contractor must work with the building management company representative and the SERO project manager to determine the exact location where the unit should be installed. 3.1.2.2. Any and all roof penetrations must be completed and repaired in accordance with all applicable building codes, and with the approval of the building management company. All needed roof repairs must be performed by a qualified and licensed roofing company approved by the building management company. 3.1.3. Installation of refrigeration lines/pipes between the inside and outside units 3.1.3.1. The refrigeration lines/pipes between the inside and outside units must be installed following a route and in a manner acceptable to the building management company. The contractor must work with the building management company representative and the SERO project manager to determine an acceptable route for the piping. 3.1.3.2. Any and all floor, wall, and roof penetrations must be completed and repaired in accordance with all applicable building codes, and with the approval of the building management company. All needed roof repairs must be performed by a qualified and licensed roofing company approved by the building management company. Fire stop material must be installed in all locations required by applicable building codes. 3.1.4. Installation of thermostat 3.1.4.1. The location where the thermostat will be installed will be coordinated with the SERO project manager. 3.1.5. Installation of electrical wiring and other electrical components 3.1.5.1. Any and all electrical wiring and other electrical tasks needed for this project must be done by a qualified and licensed electrician in accordance with all applicable electrical codes. 3.1.6. Installation of ductwork and air diffusers 3.1.6.1. Any and all required air ducts and diffusers must be installed in accordance with applicable building codes. 3.1.6.2. Duct work and diffusers should be located in a manner to provide the majority of cool air flow to the areas in the room where the most heat is generated. These locations will be determined in consultation with the SERO Project manager. 3.1.7. Connect/tie-in the new unit into the existing fire alarm/suppression system in the NOC 3.1.7.1. The new system must be tied-in to the existing fire alarm/suppression system in the NOC so that the system will shut down in the event of a fire alarm signal from the fire alarm/suppression system. 3.1.8. General requirements 3.1.8.1. All other miscellaneous work tasks not mentioned above that is required to install the new AC system must be performed by the contractor as part of this project. 3.1.8.2. All work areas must be left clean when work is completed each day. All unused parts, materials, boxes, and other miscellaneous materials used in installing the system must be removed by the contractor upon completion of the project. 3.1.8.3. All equipment and materials installed must conform to all applicable fire, electrical, AC, and other building codes. 3.1.8.4. All necessary supplies and materials needed to mount and install the AC system must be provided as part of this contract. 3.1.8.5. All equipment and other materials used in this project must be installed in accordance with equipment manufacturer recommendations, industry best practices, and all applicable building codes. 3.1.8.6. The contractor must arrange for and acquired any and all permits required for this work, and ensure that the work is inspected, and passes the inspection, and that the permit gets closed in accordance with all applicable laws and regulations. 3.1.8.7. Unless otherwise agreed to by the SERO project manager in advance, all work on the system must be performed during regular business hours, which are defined as 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding Federal holidays. 3.2. System Testing 3.2.1. The new AC unit must be tested for proper operation. The contractor must demonstrate to the SERO project manager that the system functions properly before the project will be accepted. 4. Submittals 4.1. Product information/brochures describing the features and capabilities of the new AC system. 4.2. Copies of any manuals and user guides available for the new AC system. 4.3. Copies of all warranties and guarantees for the new AC system. 5. Site Location 5.1. All work completed, equipment/parts purchased, repaired, and installed as part of this SOW will take place at: NOAA Fisheries Service Southeast Regional Office 263 13th Avenue South St. Petersburg, Florida 33701 6. Site Access 6.1. The contractor is responsible for coordinating with the SERO project manager for site access. Unless otherwise agreed to in advance by the SERO project manager, all project work will take place during normal business hours, which are 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding Federal holidays. 7. Certification and Accreditation Requirements 7.1. The Certification and Accreditation (C&A) requirements of clause 73 do not apply, and a Security Accreditation Package is not required. 8. Contractor Personnel 8.1. The contractor will provide qualified personnel at all times while work is in progress. A certified air conditioning technician must serve as the contractor's project lead, and must be on-site during the AC system installation. The contractor will be required to provide a copy of the lead technician's credentials as part of the RFQ process. 8.2. For continuity and logistics, the Government recommends that the same qualified personnel be assigned to this project from inception through completion. 9. Project Updates 9.1. If requested by the SERO project manager, the contractor will provide a daily verbal briefing. This briefing will include, but is not limited to, work status, milestone status, and any issues. 9.2. The contractor will provide a verbal briefing to the SERO project manager upon completion. This briefing will include, but is not limited to, work status, milestone status, and any issues. 10. Warranty The contractor shall warrant that all equipment is properly installed and operationally ready. Contractor shall also provide warranty period and conditions of any system replacements or repairs. 11. Period of Performance The estimated Period of Performance is 60 days from contract award. 12. Project Acceptance Criteria 12.1. Acceptance will be based on the contractor completing all work elements as described in this SOW. 12.2. The contractor must demonstrate to the SERO project manager that all of the above work elements have been completed and that the AC system is working properly as defined in this SOW. 12.3. The contractor must submit all required documentation as specified in Submittals (Section 4). 13. Proposal Evaluation Criteria Signed and dated quotes must be submitted. Quotes must be received on or before close of business August 21, 2008. Quotes may be faxed to 816-274-6977 or e-mailed to Charlene.a.yaple@noaa.gov. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1352.215-77 Evaluation Utilizing Simplified Acqusition Procedures (March 2000) (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation results in the best value to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Provide Specifications sheets of the system being proposed. Proposals will be reviewed to determine if the equipment proposed for installation meets the requirements specified in this SOW. Proposals not meeting the requirements of the SOW will be rejected. (2) Provide documentation that your firm is a Florida licensed Certified Air Conditioning Contractor or Registered Air Conditioning Contractor eligible to do work in St. Petersburg, FL (3) Number of certified air conditioning technicians on staff and qualifications. (4) Bidders must be authorized distributors and repair/service companies of the brand(s) of AC equipment proposed for installation. 2. Past Performance: Federal Acquisition Regulations (FAR) 52.212-1(b)(10) provides instructions for submitting past performance information. 3. Price: Submit a lump sum price for all the work and services required in the statement of work. The evaluation of quotes will be conducted as a commercial item acquisition in accordance with FAR Part 12. The evaluation of quotes shall be based on the offeror's responsiveness to the items listed, offeror's price proposal and the offerors ability to exhibit an understanding of the requirements included in this RFQ. The Government will award the purchase order to the contractor that represents the best value for the work. All responsible offerors may submit a response to this notice that will be considered by the agency. Completion of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (certification shall be made at http://orca.bpn.gov). Central Region Acquisition Region will download the file, so it is not necessary for the contractor to submit a completed copy. Firms meeting the above criteria will be considered for award. Award will be made based on the lowest responsive, responsive bidder.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a0431a3a3d1904f9b53254afe59bcce6&tab=core&_cview=1)
 
Place of Performance
Address: NOAA Fisheries Service, Southeast Regional Office, 263 13th Avenue South, St. Petersburg, Florida, 33701, United States
Zip Code: 33701
 
Record
SN01633792-W 20080809/080807222501-a0431a3a3d1904f9b53254afe59bcce6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.